Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Neath Port Talbot County Borough Council
Civic Centre
Port Talbot
SA13 1PJ
UK
Telephone: +44 1639763928
E-mail: w.thomas3@npt.gov.uk
NUTS: UKL17
Internet address(es)
Main address: http://www.npt.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0274
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Early Intervention and Prevention Services for Children, Young People and Families
Reference number: NPT-1766
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
An award has been made by Neath Port Talbot County Borough Council to appoint suitably qualified service providers to deliver the provision of early intervention and prevention services for children, young people and families as part of the Welsh Government Families First programme delivery in NPT.
It is divided into the following lots:
Lot 1 - Coping with Loss
Lot 2 - Domestic Abuse
Lot 3 - Emotional Health & Wellbeing
Lot 4 - Home Support
Lot 5 - Maintaining Health Relationships
Lot 6 - Support for Children & young People with a Disability/Additional Learning Need
Lot 7 - Support for Families Affected by Disability
There are TUPE implications across all lots.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
2 200 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Coping with Loss
II.2.2) Additional CPV code(s)
85000000
85300000
85310000
85121270
85311300
85311200
85312300
85312310
85312320
II.2.3) Place of performance
NUTS code:
UKL17
II.2.4) Description of the procurement
Service specification
1. The Service will be provided to Children, Young People and Parents who have experienced loss and require emotional support in order to cope with the impact of this on their lives.
2. The Service will be available to those experiencing feelings of loss through bereavement, separation or the imprisonment of a family member.
3. The Service should be age and stage appropriate for the Children and Young People and take account of any additional learning needs within the Family.
4. The Service should actively seek and record the views of Children and Young People and Parents as part of any Service assessment, plan and review.
5. Plans to support delivery of the Service should be coproduced with the Children, Young People and Parents it relates to.
6. Outcomes should be discussed and agreed with the appropriate Family members.
7. Service assessments undertaken to determine the Support needed should incorporate information received in the Referral Form and should avoid individual or families repeating information, wherever possible.
II.2.5) Award criteria
Quality criterion: Mgt and Delivery of Service
/ Weighting: 40
Quality criterion: Project Team
/ Weighting: 35
Quality criterion: Financial Breakdown
/ Weighting: 10
Quality criterion: Mobilisation
/ Weighting: 15
Price
/ Weighting:
10
II.2.11) Information about options
Options:
Yes
Description of options:
The contract period is for two years with the option to extend up to a further two years on an annual basis.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Domestic Abuse
II.2.2) Additional CPV code(s)
85000000
85300000
85310000
85311200
85311300
85312300
85312310
85312320
II.2.3) Place of performance
NUTS code:
UKL17
II.2.4) Description of the procurement
Service specification
1. The Service will provide a range of services to Children, Young People, Parents and Families who have experienced, or who are at risk of experiencing domestic abuse, across the tiers of need identified for Families First below.
2. The Service should be age and stage appropriate for the Children and Young People and take account of any additional learning needs within the Family.
3. The Service should actively seek and record the views of Children and Young People and Parents as part of any Service assessment, plan and review.
4. Plans to support delivery of the Service should be coproduced with the Children, Young People and Parents it relates to.
5. Outcomes should be discussed and agreed with the appropriate Family members.
6. Service assessments undertaken to determine the Support needed should incorporate information received in the Referral Form and should avoid individual or families repeating information, wherever possible.
II.2.5) Award criteria
Quality criterion: Mgt and Delivery of Service
/ Weighting: 40
Quality criterion: Project Team
/ Weighting: 35
Quality criterion: Financial Breakdown
/ Weighting: 10
Quality criterion: Mobilisation
/ Weighting: 15
Price
/ Weighting:
10
II.2.11) Information about options
Options:
Yes
Description of options:
The contract period is for two years with the option to extend up to a further two years on an annual basis.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Emotional Health & Wellbeing
II.2.2) Additional CPV code(s)
85000000
85311200
85311300
85312320
85312300
85312310
II.2.3) Place of performance
NUTS code:
UKL17
II.2.4) Description of the procurement
Service specification
1. The Service will provide a range of counselling and therapy services for Children, Young People & Families across the tiers of need identified for Families First below.
2. The Service should be age and stage appropriate for the Children and Young People and take account of any additional learning needs within the Family.
3. The Service should actively seek and record the views of Children and Young People and Parents as part of any Service assessment, plan and review.
4. Plans to support delivery of the Service should be coproduced with the Children, Young People and Parents it relates to.
5. Outcomes should be discussed and agreed with the appropriate Family members.
6. Service assessments undertaken to determine the Support needed should incorporate information received in the Referral Form and should avoid individual or families repeating information, wherever possible.
II.2.5) Award criteria
Quality criterion: Mgt and Delivery of Service
/ Weighting: 40
Quality criterion: Project Team
/ Weighting: 35
Quality criterion: Financial Breakdown
/ Weighting: 10
Quality criterion: Mobilisation
/ Weighting: 15
Price
/ Weighting:
10
II.2.11) Information about options
Options:
Yes
Description of options:
The contract period is for two years with the option to extend up to a further two years on an annual basis.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Home Support
II.2.2) Additional CPV code(s)
85000000
85311300
85311200
85312310
85312300
II.2.3) Place of performance
NUTS code:
UKL17
II.2.4) Description of the procurement
Service specification
1. The Service will provide a practical, home-based parent and family support to develop parenting skills and strengthen relationships, across the tiers of need identified below, appropriate to the need of the Family.
2. The Service should be age and stage appropriate for the Children and Young People and take account of any additional learning needs within the Family.
3. The Service should actively seek and record the views of Children and Young People and Parents as part of any Service assessment, plan and review.
4. Plans to support delivery of the Service should be coproduced with the Children, Young People and Parents it relates to.
5. Outcomes should be discussed and agreed with the appropriate Family members.
6. Service assessments undertaken to determine the Support needed should incorporate information received in the Referral Form and should avoid individual or families repeating information, wherever possible.
II.2.5) Award criteria
Quality criterion: Mgt and Delivery of Service
/ Weighting: 40
Quality criterion: Project Team
/ Weighting: 35
Quality criterion: Financial Breakdown
/ Weighting: 10
Quality criterion: Mobilisation
/ Weighting: 15
Price
/ Weighting:
10
II.2.11) Information about options
Options:
Yes
Description of options:
The contract period is for two years with the option to extend up to a further two years on an annual basis.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Maintaining Healthy Relationships
II.2.2) Additional CPV code(s)
85000000
85311300
85311200
85312300
85312310
II.2.3) Place of performance
NUTS code:
UKL17
II.2.4) Description of the procurement
Service specification
1. The Service will provide a range of support to promote and encourage healthy relationships for Children, Young People and Families.
2. The Service should be age and stage appropriate for the Children and Young People and take account of any additional learning needs within the Family.
3. The Service should actively seek and record the views of Children and Young People and Parents as part of any Service assessment, plan and review.
4. Plans to support delivery of the Service should be coproduced with the Children, Young People and Parents it relates to.
5. Outcomes should be discussed and agreed with the appropriate Family members.
6. Service assessments undertaken to determine the Support needed should incorporate information received in the Referral Form and should avoid individual or families repeating information, wherever possible.
II.2.5) Award criteria
Quality criterion: Mgt and Delivery of Service
/ Weighting: 40
Quality criterion: Project Team
/ Weighting: 35
Quality criterion: Financial Breakdown
/ Weighting: 10
Quality criterion: Mobilisation
/ Weighting: 15
Price
/ Weighting:
10
II.2.11) Information about options
Options:
Yes
Description of options:
The contract period is for two years with the option to extend up to a further two years on an annual basis.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Support for Children & Young People with a Disability / Additional Learning Need
II.2.2) Additional CPV code(s)
85000000
85311300
85311200
85312310
85312300
II.2.3) Place of performance
NUTS code:
UKL17
II.2.4) Description of the procurement
Service specification
1. The Service will provide a range of support to Children and Young People with a disability, across the tiers of need identified for Families First below.
2. The Service should be age and stage appropriate for the Children and Young People and take account of any additional learning needs within the Family.
3. The Service should actively seek and record the views of Children and Young People and Parents as part of any Service assessment, plan and review.
4. Plans to support delivery of the Service should be coproduced with the Children, Young People and Parents it relates to.
5. Outcomes should be discussed and agreed with the appropriate Family members.
6. Service assessments undertaken to determine the Support needed should incorporate information received in the Referral Form and should avoid individual or families repeating information, wherever possible.
II.2.5) Award criteria
Quality criterion: Mgt and Delivery of Service
/ Weighting: 40
Quality criterion: Project Team
/ Weighting: 35
Quality criterion: Financial Breakdown
/ Weighting: 10
Quality criterion: Mobilisation
/ Weighting: 15
Price
/ Weighting:
10
II.2.11) Information about options
Options:
Yes
Description of options:
The contract period is for two years with an option to extend up to a further two years on an annual basis.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7
II.2.1) Title
Support for Families Affected by Disability
II.2.2) Additional CPV code(s)
85000000
85311300
85311200
85312310
85312300
II.2.3) Place of performance
NUTS code:
UKL17
II.2.4) Description of the procurement
Service specification
1. The Service will provide a range of support for Parents and Families affected by disability or additional learning needs.
2. The Service should be age and stage appropriate for the Children and Young People and take account of any additional learning needs within the Family.
3. The Service should actively seek and record the views of Children and Young People and Parents as part of any Service assessment, plan and review.
4. Plans to support delivery of the Service should be coproduced with the Children, Young People and Parents it relates to.
5. Outcomes should be discussed and agreed with the appropriate Family members.
6. Service assessments undertaken to determine the Support needed should incorporate information received in the Referral Form and should avoid individual or families repeating information, wherever possible.
II.2.5) Award criteria
Quality criterion: Mgt and Delivery of Service
/ Weighting: 40
Quality criterion: Project Team
/ Weighting: 35
Quality criterion: Financial Breakdown
/ Weighting: 10
Quality criterion: Mobilisation
/ Weighting: 15
Price
/ Weighting:
10
II.2.11) Information about options
Options:
Yes
Description of options:
The contract period is for two years with the option to extend up to a further two years on an annual basis.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-028509
Section V: Award of contract
Lot No: 1
Title: Coping with Loss
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Platfform
2nd floor, Derwen House 2 court road
Bridgend
CF311BN
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 235 680.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Domestic Abuse
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Thrive Women's Aid
18 Talbot Road
Port Talbot
SA131DN
UK
NUTS: UKL17
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 392 800.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Emotional Health & Wellbeing
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Platfform
Platfform, 2nd Floor, Derwen House 2 Court Road
Bridgend
CF311BN
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 510 640.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Home Support
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2023
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Hafan Cymru
Stephen's Way, Pensarn
Carmarthen
SA312BG
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 159 280.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Title: Maintaining Healthy Relationships
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2023
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Platfform
Platfform, 2nd Floor, Derwen House 2 Court Road
Bridgend
CF311BN
UK
NUTS: UKL
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 260 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Title: Support for Children & Young People with a Disability / Additional Learning Need
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2023
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Resolven Building Blocks
Resolven Building Blocks, Resolven ICC
Neath
SA114AB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 319 320.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 7
Title: Support for Families Affected by Disability
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
06/01/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Resolven Building Blocks
Resolven Building Blocks, Resolven ICC
Neath
SA114AB
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 333 880.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:128925)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
08/02/2023